Notice Information
Notice Title
FSCS547 Technology Resource Augmentation and Project Delivery Partner
Notice Description
FSCS is seeking a Service Provider to who can source a wide range of skilled IT professionals to augment FSCS development and project teams. FSCS is also looking for outcome-based support on projects. This would include developing and delivering FSCS' technology, including; - Advice & Deposits solution, Siebel, OpenText, Claims Website and Payment Portal, - Insurance solution, Microsoft Dynamics, - Data platform, which includes a Microsoft stack SQL Services Data Warehouse and Azure Data Lake, - Corporate website, - Azure infrastructure and services, and - Microsoft 365 platforms and services. FSCS is an organisation with a large responsibility in the UK financial sector, providing stability and confidence through our readiness and ability to respond when needed - this requires high availability, resilient systems managed and overseen by expert teams. With this single supplier framework we would be looking to: - Develop flexibly resourced development teams based on demand. - Respond quickly to deliver IT initiatives from proof of concepts through to delivery. - Ensure required expertise is available to FSCS for short- and long-term engagements. - Access to expertise and innovation to support FSCS' strategy delivery. The single supplier framework agreement is a closed framework and not an open framework. The call-off mechanism will be direct call-offs with the single supplier with the process in line with the statement of requirements and the framework agreement. There are no fees charges to the supplier for being on the framework Justification of the length of this FSCS framework agreement - FSCS considers that the nature of the services being supplied under the call-off contracts to be awarded under the framework means a longer term is required for FSCS to fully utilize the benefit of the new proposed framework. Please see the following rationale: -There will be a considerable period of transition between the incumbent supplier and a new supplier, which will require up-front investment from the supplier, and from FSCS, to build the expertise required and for knowledge transition. There will also be a considerable period of transition at the end of the framework agreement. FSCS 's new 5 year strategy is due to commence 1st April 2026, Technology is expected to be a key component within the strategy. Therefore we require a strategic relationship with a supplier to meet our requirements for the full duration of the strategy
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05291b
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/002400-2026
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72222000 - Information systems or technology strategic review and planning services
72222200 - Information systems or technology planning services
72222300 - Information technology services
72223000 - Information technology requirements review services
Notice Value(s)
- Tender Value
- £65,000,000 £10M-£100M
- Lots Value
- £65,000,000 £10M-£100M
- Awards Value
- £65,000,000 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Jan 20261 months ago
- Submission Deadline
- 24 Jun 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 23 Dec 20252 months ago
- Contract Period
- 31 Mar 2026 - 31 Mar 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FINANCIAL SERVICES COMPENSATION SCHEME LIMITED
- Additional Buyers
- Contact Name
- James Platt, Jean Mutudza
- Contact Email
- procurement@fscs.org.uk
- Contact Phone
- +442073758197, 0207 375 8175
Buyer Location
- Locality
- LONDON
- Postcode
- EC3A 7QU
- Post Town
- Central London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- City of London
- Electoral Ward
- Aldgate
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/002400-2026
12th January 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/028567-2025
29th May 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05291b-2026-01-12T16:12:18Z",
"date": "2026-01-12T16:12:18Z",
"ocid": "ocds-h6vhtk-05291b",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PNMP-1789-RLBG",
"name": "Financial Services Compensation Scheme",
"identifier": {
"scheme": "GB-PPON",
"id": "PNMP-1789-RLBG"
},
"address": {
"streetAddress": "Beaufort House, 15 St. Botolph Street",
"locality": "London",
"postalCode": "EC3A 7QU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"contactPoint": {
"name": "James Platt",
"email": "procurement@fscs.org.uk",
"telephone": "0207 375 8175"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-03943048",
"name": "FINANCIAL SERVICES COMPENSATION SCHEME LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "03943048"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNMP-1789-RLBG"
}
],
"address": {
"streetAddress": "5th Floor, The St Botolph Building, 138-139 Houndsditch",
"locality": "London",
"postalCode": "EC3A 7AW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"contactPoint": {
"name": "Jean Mutudza",
"email": "Procurement@fscs.org.uk",
"telephone": "+442073758197"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.fscs.org.uk",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-FC025271",
"name": "TATA CONSULTANCY SERVICES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "FC025271"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PYQZ-7177-LDYG"
}
],
"address": {
"streetAddress": "18 Grosvenor Place",
"locality": "London",
"postalCode": "SW1X 7HS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"roles": [
"tenderer"
],
"details": {
"url": "https://www.tcs.com/",
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-00943935",
"name": "CAPGEMINI UK PLC",
"identifier": {
"scheme": "GB-COH",
"id": "00943935"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDLY-8986-RMHM"
}
],
"address": {
"streetAddress": "95 Queen Victoria Street",
"locality": "London",
"postalCode": "EC4V 4HN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"contactPoint": {
"email": "publicsector.opps.uk@capgemini.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.capgemini.com/",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-COH-03943048",
"name": "FINANCIAL SERVICES COMPENSATION SCHEME LIMITED"
},
"tender": {
"id": "FSCS547",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "FSCS547 Technology Resource Augmentation and Project Delivery Partner",
"description": "FSCS is seeking a Service Provider to who can source a wide range of skilled IT professionals to augment FSCS development and project teams. FSCS is also looking for outcome-based support on projects. This would include developing and delivering FSCS' technology, including; - Advice & Deposits solution, Siebel, OpenText, Claims Website and Payment Portal, - Insurance solution, Microsoft Dynamics, - Data platform, which includes a Microsoft stack SQL Services Data Warehouse and Azure Data Lake, - Corporate website, - Azure infrastructure and services, and - Microsoft 365 platforms and services. FSCS is an organisation with a large responsibility in the UK financial sector, providing stability and confidence through our readiness and ability to respond when needed - this requires high availability, resilient systems managed and overseen by expert teams. With this single supplier framework we would be looking to: - Develop flexibly resourced development teams based on demand. - Respond quickly to deliver IT initiatives from proof of concepts through to delivery. - Ensure required expertise is available to FSCS for short- and long-term engagements. - Access to expertise and innovation to support FSCS' strategy delivery. The single supplier framework agreement is a closed framework and not an open framework. The call-off mechanism will be direct call-offs with the single supplier with the process in line with the statement of requirements and the framework agreement. There are no fees charges to the supplier for being on the framework Justification of the length of this FSCS framework agreement - FSCS considers that the nature of the services being supplied under the call-off contracts to be awarded under the framework means a longer term is required for FSCS to fully utilize the benefit of the new proposed framework. Please see the following rationale: -There will be a considerable period of transition between the incumbent supplier and a new supplier, which will require up-front investment from the supplier, and from FSCS, to build the expertise required and for knowledge transition. There will also be a considerable period of transition at the end of the framework agreement. FSCS 's new 5 year strategy is due to commence 1st April 2026, Technology is expected to be a key component within the strategy. Therefore we require a strategic relationship with a supplier to meet our requirements for the full duration of the strategy",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72222000",
"description": "Information systems or technology strategic review and planning services"
},
{
"scheme": "CPV",
"id": "72222200",
"description": "Information systems or technology planning services"
},
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
{
"scheme": "CPV",
"id": "72223000",
"description": "Information technology requirements review services"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 65000000,
"amount": 65000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "FSCS are issuing this Tender Notice to commence the first stage of this procurement, via a Procurement Specific Questionnaire (PSQ) which includes Conditions of Participation. Upon completion of the PSQ stage, a shortlisted selection of suppliers will be invited to the Invitation to Tender stage. The ITT stage will include a written submission including completion of the price book. Further details on down-selection between stages will be included in the ITT document."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA",
"CPTPP"
],
"submissionMethodDetails": "https://www.delta-esourcing.com/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-06-24T14:00:00Z",
"enquiryPeriod": {
"endDate": "2025-06-24T14:00:00Z"
},
"awardPeriod": {
"endDate": "2025-11-19T23:59:59Z"
},
"lots": [
{
"id": "1",
"status": "complete",
"value": {
"amountGross": 65000000,
"amount": 65000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Total Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Total Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The conditions of participation relating to the legal and financial capacity are set out in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire"
},
{
"type": "technical",
"description": "The conditions of participation relating to technical capability are set out in the statement of requirements and in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-02-01T00:00:00Z",
"endDate": "2031-01-31T23:59:59Z",
"maxExtentDate": "2034-01-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "Three 12 month optional extensions"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "028567-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/028567-2025",
"datePublished": "2025-05-29T16:05:05+01:00",
"format": "text/html"
}
],
"techniques": {
"hasFrameworkAgreement": true
}
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-00943935",
"name": "CAPGEMINI UK PLC"
}
],
"relatedLots": [
"1"
]
},
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-FC025271",
"name": "TATA CONSULTANCY SERVICES LIMITED"
}
],
"relatedLots": [
"1"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"title": "FSCS547 Technology Resource Augmentation and Project Delivery Partner",
"status": "pending",
"date": "2025-12-23T00:00:00Z",
"value": {
"amountGross": 65000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-00943935",
"name": "CAPGEMINI UK PLC"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72222000",
"description": "Information systems or technology strategic review and planning services"
}
],
"deliveryAddresses": [
{
"region": "UKI31",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-01-21T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "3 x 12 month extensions"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "002400-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/002400-2026",
"datePublished": "2026-01-12T16:12:18Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-01-12T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-02-06T23:59:59Z",
"status": "scheduled"
}
]
}
]
}